jiwaji university, gwalior document... · 4 s.no name of equipment quantity (tentative) 1 wireless...
Post on 22-Jul-2020
0 Views
Preview:
TRANSCRIPT
1
JIWAJI UNIVERSITY, GWALIOR TENDER FOR CCTV SURVEILLANCE SYSTEM
CHECK LIST OF ENCLOSURES (To Be Submitted In Envelope No. – 2)
The tenderer should write enclosure No. as given below on each document of the
enclosures of Technical bid envelope-2 and arrange them in the following order :
(Please write enclosure no. on the cover page of each document with ink.)
Enclosure-1 Technical bid form and terms & conditions duly signed by the tenderer
with seal of the firm on each page.
Enclosure-2 Compliance sheet duly filled by the tenderer to prove that all the items
quoted are in accordance with the specifications laid down in the tender
document.
Enclosure-3 Copy of PAN No. issued by Income tax department
Enclosure-4 Copy of VAT/ TIN/CST No. Registration issued by commercial
tax department..
Enclosure-5 Copy of Service Tax Reg. No. issued by central excise &custom dept.
Enclosure-6 Copy of authorized dealer certificate issued by the Manufacturer
of the equipments.
Enclosure-7 Copy of registration as registered firm or Company.
Enclosure-8 Copy of Audited Balance Sheet of the firm along with Audit Report for
the last three financial years 2012-13,2013-14 and 2014-15 .
Enclosure-9 Copy of Income Tax Return of the firm for the last three assessment years
2012-13,2013-14 and 2014-15.
Enclosure-10 Copy of work orders along with installation report for proving the
execution of minimum two CCTV projects of not less than 25 la 9cs
during last three years in Govt./Semi Govt./undertakings .
Enclosure-11 Copy of ISO Certificate for the CCTV manufacturer‟s plant.
Enclosure-12 Copy of broachers or relevant documents for the equipments to prove
that the equipments quoted are in accordance with the specifications laid
down in the tender document.
Enclosure-13 Declaration stating that the bidder has not been Black-Listed/De-listed
or are put to any holding by any Indian Institutional Agency / Government
Department / Public Sector Undertaking in last three years. In case they
have been black listed by any of the Institutions, details of same be
Furnished.
Note: All pages including the enclosures shall be numbered and signed with seal
by the tenderer.
2
JIWAJI UNIVERSITY, GWALIOR
TERMS AND CONDITIONS (To Be Submitted In Envelope No. – 2)
1. The sealed offers should be addressed to the Registrar Jiwaji University Gwalior,
and to be submitted on or before 15 February 2016 Till 03:30 P.M.
2. The offer received after 15 February 2016 Till 03:30 P.M.. shall not be accepted
in any case.
3. Tenders received within the specified time shall be opened on 16/2/2016.
FEBRUARY 20152 at 03:30 p.m. at room no.16 Administrative Block, Jiwaji
University, Gwalior in presence of the tenderers or their authorized representatives
who choose to remain present.
4. The tender shall be accompanied with EMD of Rs. 50,000/- in the form of
Demand Draft drawn on any Nationalized Scheduled Bank in favour of The
Registrar, Jiwaji University, Gwalior . In case of the tender document downloaded
from the website, the cost of tender document Rs.1000/- should also be submitted
by DD in favour of The Registrar, Jiwaji University, Gwalior.
5. The tenderer must be a Total System Integrator for supplying, installation and
commissioning of hardware, software and services for CCTV surveillance system
as required in the tender.
6. The tenderer must be a manufacturer or authorized dealer from the manufacturers
for the equipments as specified in the tender document. If the certificates of
authorized dealership for the equipments will not be found attached with the
Technical Bid then the tender will be summarily rejected.
7. CCTV Manufacturer‟s plant must have ISO certificate. Tenderer should enclose
copy of ISO certificate with technical bid.
8. The tenderer should have equipped after sales service center (SSC) with a
minimum of one center in Gwalior city.
9. The tenderer must have executed minimum Two CCTV projects of not less than
25 lacs during last three years in Govt. Public Sector,/Semi Govt./undertakings
Private Enterprise . Please enclose copy of work order alongwith installation report
with the technical bid.
10. The tenderer firm should have annual turnover at least of Rs.1. Crore lacs during
last three financial years 2012-13,2013-14 and 2014-15. Copy of Audited Balance
Sheet of the firm along with Audit Report for the last three financial years 2012-13,2013-14 and 2014-15 should be enclosed with technical bid.
11. The tenderer should enclose copy of PAN issued by income tax department with
technical bid. Copy of Income Tax Return of the firm for the last three assessment
years 2012-13,2013-14 and 2014-15 should also be enclosed with technical bid. 12. The tenderer should have VAT/TIN/CST registration No. issued by department of
commercial taxes and Service Tax registration No. Issued by central excise &
custom department. (Please enclose copy of registration with technical bid)
13. The tenderer should be registered under MP Shop & Establishment Act/Company
Act or other applicable Act.(Please enclose copy of registration with technical
bid.)
Signature of tenderer with Seal
3
14. Conditional Tenders shall not be accepted in any case. A copy of the terms and
conditions signed by the tenderer with seal on each page should be submitted
along with technical bid as token of acceptance of the terms and conditions. In
case of non receipt of terms and conditions duly signed with the tender form the
tender will be rejected.
15. Technical bid shall be opened only of those who have submitted the EMD and
cost of tender form as specified.
16. Financial bid shall be opened only of those who are selected in Technical Bid
evaluation.
17. The list of items required for CCTV surveillance system and their specifications are
mentioned in the chart given below:
Technical Evolution will be on following Technical Evaluation Chart.
S.NO. Parameters Max Marks Basis of Marks to-
Criteria
-be awarded
Marks
1 Turnover 15 >3 Crore (15 Marks)
2-3 Crore
1-2 Crore
15
12
10
2 ISO Certficate 15 ISO27001:2005 15
3 Own Processing
Software
15 Processing Software 15
4 No. of Projects
completed worth more
than 25 lacs during last
three year
15
> 5
3-5
2
15
12
10
5 Project Presentation/
Demonstration
40 Based on
Presentation.
For Technical Qualification Bidding should score minimum 75 marks. Financial Bid
of only those bidders will be opened who will score minimum 75 marks.
Sgnature of tenderer with Seal
4
S.No Name of Equipment Quantity
(tentative)
1 Wireless high speed dome PTZ Outdoor Camera
36x Optical Zoom/3.4-122 mm, 600 TVL resolution,
Effective pixels : PAL: 720X576, 720X288, D1, 4CIF,
2CIF, CIF, QCIF,
PAN Range: 360 endless rotation, Panning Tilt:180 continuously,
PAN Speed : 0.30/s
-4000/s
(proportional zoom ratio),
Tilt range : 00~
900 (auto flip),
Tilt speed : 0.50~
1500 /S ( Proportional Zoom Ratio ),
Built in IR-LED distance is over 120 m,
Electronic speed : N:1/4s to 1/10,000s & P: 1/3s to
1/10,000s,
IR LED service life>30,000 Hrs, Built fan & Heater
(Temperature Auto Control), Waterproof design,
Network function FTP/PPPOE/ DHCP/ DDNS/
NTP/UPnPetcnetwork Protocol, Day/Night cut (ICR),
Auto iris, Auto Focus, AWB,BLC, TSV 3,000V lightning protection & Voltage Transient
protections, IP 66 certified, High die-cast aluminum asing,
Number of preset 255, Multiple Protocols,
Support power –Off memory, 1/30 FPS self adjustment,
4 group of pattern tours, Min. illumination : 0.7 Lux
(color), 0.01 Lux (B/W), 0 Lux (IR On), AGC :
Auto/Manual (On/Off),
White Balance : Auto/ATW/ Indore/Outdoor/Manual
10
2 Wireless Fixed Camera (IP) for static Day/Night Vision
Color 1/3” Prograssive Scan CCD,
700 TVL Resolution Camera,
Low illumination, ATR, OSD,DNR. 2.8 mm-10mm Lens,
D1 Resolution, 1/30 FPS Self adjustment
Minimum Illumination: CDS OFF 0.1 LUX
Synchronization: Internal
S/N Ratio: More than 50dB
Video Output: CVBS: 1.0Vp-p 75OHM
White Balance: ATW/AWB/FIXED/MANUAL Electronic Shutter Speed: PAL=Auto/Manual
(1/50sec~1/100000see
Lens: 2,8mm - 10mm
Signature of tenderer with Seal
3
75
5
3 Wireless mega pixel fixed camera Day/Night Vision
1.3 mega pixel Resolution Camera,
Dual core 32 bit DSP, Imbedded RTOS design, Dual stream, 720P+CIF, MPEG4,
Motion detection, High Precise,
High reliability Standard 3.6 mm/6mm Lens,
CS fixed lens, Support double colore filter,
IR Cut 7.30 pcs LED, distance :30-50m
40
4 Dome Camera: AHD 800 TVL,36IR,4/6 MM Lens for
day and vision
35
5 Outr Door Camera: AHD 800 TVL, 36 IR 4/6 MM Lens
for day and night vision
10
6 DVR 16x2 CHANNEL 6
7 Hard Disk 2GB (Segate) 10
(Need
Based)
8 Power Supply 12v 20 amp
9 Camera Surveillance /Monitoring Software
(Specification given )
1
10 Wireless connectivity equipment.
(Specification given )
Need
Based
11 Storage Server
(Specification given) 4
12 Client Monitoring Server
(Specification given)
2
13 42" Full HD LED/LCD Monitor for 24x7 operation
Resolution 1920X1080 full HD,
Brightness 500cd/m2 ( typ.),
Contrast ratio 1300:1,
Viewing angle up & down 1780 Left & Right 178
0,
6
14 Joy-Stick 1
15 16-Port Switch (D-Link, Cisco or equivalent)
Speed up to 200mbps per port in full duplex mode
Auto sensitivity 10/100/1000 mbps port
6
(Need
based)
16 4” Dia , 5metre high GI Poles for mounting cameras
and antenna
Need
based
17 Installation/Civil work of poles Need based
18 Network Rack for all equipments at main control
Room
4
6
Signature of tenderer with Seal
19 CAT 6 Cable for internal wiring (D-Link, CISCO or
equivalent
Need
Based
20 Installation & commissioning of the above equipments.
Laying of CAT-6 Cable should be done in PVC
Casing/Caping.
Power cable should be of 1.5 mm
Outdoor laying in hard soil, Road should be with
excavation & back filling.
21 3 Years Comprehensive Annual Maintenance Contract
(AMC) After Completion of 12 months free maintenance
service from the date of installation.
7
Specifications A
(A) CAMERA SURVEILLANCE/MONITORING SOFTWARE:
SPECIFICATIONS
MINIMUM NUMBER OF CAMERAS
THAT COULD BE CONFIGURED
50
STREAM SUPPORT Dual
NUMBER OF CAMERAS VIEWED ON
SINGLE SCREEN
24
PTZ SUPPORT On screen Zoom, Manual/auto Pan Tilt
GROUP SUPPORT Capable of group formation/support
SUPPORT RESOLUTION D1, CIF, 2CIF, 4CIF, QCIF.
FRAME RATE/BIT RATE/QUALITY Variable
MOTION DETECTION Selectable
USER MANAGEMENT Minimum 10 users
SNAPSHOT SUPPORT Capable of taking/storing/printing
snapshots in live and recorded video
PLAYBACK SUPPORT Date and time search/intelligent search
Cont. ………………..
Signature of tenderer with Seal
8
Cont… A CAMERA SURVEILLANCE/MONITORING SOFTWARE SPECIFICATIONS
SURVEILLANCE SOFTWARE SPECIFICATIONS
1 Software is complete scalable CCTV system, with advance motion detection, alerting, remote web interface
(a) Flexible, user friendly and easy to use.
© PC based Digital Security & Surveillance Systems utilizing the latest motion detection technology, providing the following advanced features:
(i) Simultaneous recording & playback (ii) Instant playback with instant time & date jump (iii) Different video source types
(iv) Web integration (v) Automatic archiving (vi) Motion map
2 Software has simultaneous record & playback, scheduled activity and flexible display options
3 Support for wide range of camera devices, including USB web cams, capture cards (for connection to conventional analogue) CCTV cameras), and the latest network/IP
video servers and cameras 4 Ability to display information on multiple monitors
5 Works with PTZ (Pan, Tilt & Zoom) cameras
6 Provides auto-tracking-the camera can move to follow movement through a monitored area
7 Software has a built-in loop play feature, to continuously loop the most recent activity
8 Software provides remote interface with a full live feed view, , control of PTZ cameras, multiple simultaneous feeds, and image quality settings to improve performance
through bandwidth reduction 9 Software remote interface provide Playback with all the options of the local playback facility, and should have capability that most of Console's
configuration can be adjusted through remote administration 10 All of these remote interface features can be password protected at many levels to
provide a powerful security system 12 Enhancement feature is also built in as standard within the software, that enhances
images taken from
CCTV cameras in poor conditions (like fog, rain, or snow) 13 Recorded images affected by poor weather conditions are mathematically enhanced
during playback 14 Upon image enhancement, Original image should remain unaltered for evidence integrity
15 Software also provide the following:
(a) Each camera setting can be adjusted individually according to client's requirement
(b) Schedule operation – All cameras can be fully scheduled individually
(c) View and record multiple cameras
(d) As many playback sessions as are required can be displayed at once
(e) Automatic control of supported PTZ cameras
(f) Alerting by audio alert, email (with images)
(g) Built around a modular system of components
(h) Because of its modular design, system not limited to one type of device-
can mix devices as required
(l) Software has built in feature to bring camera observation to mobile devices (require a software on a mobile device to view)
Note :- Mention any other Specification related to software.
Signature of tenderer with Seal
9
B
(B) TECHNICAL SPECIFI C ATION FOR WIREL E S S L I NK:
SPECIFICATIONS
MINIMUM NETWORK SPEED FOR EACH SQUARE (PUT THROUGH)
at least 2 mb for each camera upgradeable up to 20 mbps (full duplex)
ROUTERS AND NETWORK SWITCHES D-Link/Cisco/3com
Data Rates: 54 Mbps
Stand a rds: IEEE 802.1 1b/ g ,
Comp ati b il ity: IEEE 802.11g/ IE EE 802.1 1b
Pow e r Requirements: Act i ve Ethernet (Pow er over Ethe rnet) –48 VDC/0.375A
External Unit: Auto sensing 10 0/240 VAC;
50 /60 Hz
Regulation Cert if icat ions : F C C Pa r t 1 5 B & C,
C E : EN 30032 8, EN 3014 89 EN 60950
RF Info rmat ion Freq uen c y B and: 80 2.11b /g 2 . 4 to 2 . 484 GHz , p rog rammab le f or cou ntr y re g u l a ti on s
Med i a Acces s Pr otoco l : Car r i er Sens e Mu lt ip le Acce ss w i th Co llis i on A voidance (C SMA / CA)
M odu lat i o n Tec hno lo gy: Ort hog ona l Fr eque nc y D i vi s i on Mu lt ip lex i n g (OFDM)
Receive S e nsi t ivity (Typ ical ):
80 2.11g: -90 dB m @ 6M bps , -74 dB m @ 54Mbp 80 2.11b: -9 5 d B m @ 2 M b p s -90 dB m @ 11 Mbps
Avail a bl e tra n smit p o w er : (Typical ) 2 . 4~2 . 46 2G( I EEE802 .11g) 22 dBm@5 4M bps · 2 . 4~2 . 46 2G( I EEE802 .11b)
RF Connector: SMA (Fe male Re ve rse) T yp e
Netw orking T opo lo g y: Ad-Hoc, Infrastructure
Cont………..
Signature of tenderer with Seal
10
Cont…… B
SPECIFICATIONS
Op erat io n M ode: Point-to- P oint / Point-to- M u lt i p o i nt Br id ge / A P/ C l ie nt Br id ge / WDS W i re les s IEEE80 2.11b /g
Inte rface: On e 10 /100 RJ-45 p o rt
On e cons ole RS-2 32 p o rt
Secu rit y: l WP A/WP A2 Suppli cant su ppo rt in C lient Br idge M ode l WP A / W P A 2/ Pre Share KEY ( PSK) w i th TK I P/A E S l MAC a ddr ess f ilt er in g (A P on ly) l Hi de SS I D in beacons l VLAN Pass-t h ro ugh l L2 Iso l ation(A P mode)
IP Aut o -conf ig urat io n: DHCP client /serve r
M anage ment Co nfigur ation: Web- based co nfigur ation (HTTP) Te lnet Conf igu rat ion SNMP V 1 , V2c, MI BI &II
En vi r o n ment T e mperatu r e Range:
Op erat in g: -0°C to 60° Stor age: -20°Cto 8 0°
Hu mid i t y ( n on-co ndens ing): 5%~9 5% T yp i c a l
PROTOCOL TCP/IP
MINIMUM UPTIME 99.9%
NETWORK SECURITY Software & Hardware Based.
MAXIMUM DISTANCE Need Based
Signature of tenderer with Seal
11
C (C) NETWORK SPECIFICATIONS (FOR STORAGE SERVER AT MAIN
CONTROL ROOM):
SPECIFICATIONS
POWER SUPPLY FOR CONTROL ROOM
220 VAC
OPERATING TEMPERATURE AT CONTROL ROOM
0 to 55 Degree
HUMIDITY AT CONTROL ROOM
10% to 90%, non-condensing
STORAGE & MONITORING SERVER (QTY 1)
Intel Original 61WW Extreme Mother Board with Intel i7 Processor, 16 GB DDR3 RAM, 2 TB x 4 SCSI Hard Drives, Multimedia USB Keyboard & Optical Mouse, DVD Writer, Nvidia GeForce PCI Express Graphic Card with 1 GB Video RAM, Color Master ATX Cabinet with SMP
DATA STORAGE
Minimum 15 Days
ARCHIVED DATA ACCESSIBILITY
Software based
NETWORK SWITCH
10/100/1000 Mbps Managed Switch
OPERATING SYSTEM COMPABILITY
WINDOWS or LINUX
Signature of tenderer with Seal
12
D (D) NETWORK SPECIFICATIONS (FOR CLIENT SERVER AT CONTROL
ROOM):
SPECIFICATIONS
POWER SUPPLY FOR CONTROL ROOM
220 VAC
OPERATING TEMPERATURE AT CONTROL ROOM
0 to 55 Degree
HUMIDITY AT CONTROL ROOM
10% to 90%, non-condensing
STORAGE & MONITORING SERVER (QTY 1)
Intel Core i5-2500 2nd
Processor, Intel original 61ww motherboard 4 GB DDR3 RAM, 2tb x 2 HDD, Multimedia USB Keyboard & Optical Mouse, DVD Writer, Nvidia GeForce PCI Express Graphic Card with 1 GB Video RAM, Color Master ATX Cabinet with SMPS
ARCHIVED DATA ACCESSIBILITY
Software based
NETWORK SWITCH
10/100/1000 Mbps Managed Switch
OPERATING SYSTEM COMPABILITY
WINDOWS or LINUX
Signature of tenderer with Seal
13
18. The tenderer should enclose broachers or relevant documents for the equipments to
prove that the equipments quoted are in accordance with the specification laid
down in the tender documents.
19. Compliance sheet duly filled by the tenderer to prove that all the items quoted are
in accordance with the specifications laid down in the tender document should be
enclosed with technical bid.
20. It is compulsory for the successful tenderer to make 3 Years Comprehensive
Annual Maintenance Contract (AMC) with The University after completion of 12
months free maintenance warrantee from the date of installation of CCTV
surveillance system. The tenderer should clearly state regarding charges for
comprehensive annual maintenance contract of the entire CCTV Surveillance
System in the commercial bid and if it is not found then tender will be rejected of
that tenderer.
21. The tenderer may visit the site before quoting for ascertaining the exact nature of
Work, its quantity, location etc.
24. A - Submission of the Tender Document
The tender shall be submitted under TWO BID system in three different sealed
envelopes:
ENVELOPE No.1 :- EMD and cost of tender document, if downloaded from the
website.
ENVELOPE No.2:– Technical Bid and Terms & Conditions containing all
certificates, documents, compliance sheet along with duly filled in
check list, as set out in the tender document and in the order as given in
the check list.
ENVELOPE No.3:– Financial Bid, containing the rates quoted by the tenderer.
ENVELOPE No.1
(i) This envelope will consist of the Earnest Money Deposit (EMD) of Rs.50,000/- in the
form of DD from any nationalized scheduled bank, in favour of the Registrar Jiwaji
University Gwalior. In case of the tender document downloaded from the website, the
cost of tender document Rs.1000/- should also be included in this envelope by DD in
favour of the Registrar Jiwaji University Gwalior.
(ii) Those tenders not containing the EMD and the cost of tender document will be summarily
rejected.
(iii) This envelope will be superscribed as “ENVELOPE No.1 – EMD” and should be
addressed to the Registrar, Jiwaji University, Gwalior.
ENVELOPE No.2 (i) All technical information in Technical bid along with Terms and Conditions, certificates,
etc., to be submitted in Envelope No.2 duly sealed. The tenderer should write enclosure
No. as given below on each document of the enclosures of Technical bid envelope and
arrange them in the following order:
Enclosure-1 Technical bid form and terms & conditions duly signed by the tenderer with
seal of the firm on each page.
Enclosure-2 Compliance sheet duly filled by the tenderer to prove that all the items
quoted are in accordance with the specifications laid down in the tender
document.
Enclosure-3 Copy of PAN No. issued by Income tax department
Signature of tenderer with Seal
14
Enclosure-4 Copy of VAT/ TIN/CST No. Registration issued by commercial
tax department..
Enclosure-5 Copy of Service Tax Reg. No. issued by central excise &custom dept.
Enclosure-6 Copy of authorized dealer certificate issued by the Manufacturer
for the equipments.
Enclosure-7 Copy of registration certificate issued under MP shop & establishment
act/Company Act or other applicable act.
Enclosure-8 Copy of Audited Balance Sheet of the firm along with Audit Report for
the last three financial years 2012-13 and 2013-14 and 2014-15..
Enclosure-9 Copy of Income Tax Return of the firm for the last three assessment
years 2012-13and 2013-14 and 2014-15..
Enclosure-10 Copy of work orders along with installation report for proving the
execution of minimum two CCTV projects of not less than 10 lacs
during last three years in Govt./Semi Govt./undertakings .
Enclosure-11 Copy of ISO Certificate for the CCTV manufacturer‟s plant.
Enclosure-12 Copy of broachers or relevant documents for the equipments to prove
that the equipments quoted are in accordance with the specifications laid
down in the tender document.
(ii) All pages including the enclosures shall be signed with seal by the tenderer.
(iii) This envelope will be superscribed as “ENVELOPE No.2 – “TECHNICAL
BID” and should be addressed to the Registrar Jiwaji University, Gwalior.
ENVELOPE No.3
(i) FINANCIAL BID shall be in the third envelope containing the filled up schedule
of rates duly sealed.
(ii) This envelope should be superscribed as “ENVELOPE No.3 – “FINANCIAL
BID” and should be addressed to The Registrar, Jiwaji University, Gwalior.
B. All the above three envelopes are to be inserted in a larger envelope and duly
sealed before submitting the tender document. This envelope should be
addressed to the Registrar Jiwaji University Gwalior – 474011 (M.P.)and super
scribed as ~ “TENDER FOR CCTV SURVEILLANCE SYSTEM”
All tenderers are required to read tender document carefully before quoting
rates and submission of tender.
25. RATES :
(i) Only net rates should be quoted in financial bid against the specified column of
the items.. No Separate free goods or cash discounts should be offered.
(ii) Delivery should be given to Jiwaji University, Gwalior. The University will
pay no cartage or transportation charges and the rates must be quoted inclusive
F.O.R. Gwalior accordingly.
Signature of tenderer with Seal
15
(iii) The net rate must be inclusive of all charges by way of packing, forwarding,
incidental of transit charge including transit insurance, octroi and any other levies
or duties, lift, labour charges etc. charge on the product except Sales Tax
(VAT/CST). If rates are quoted giving any free goods quantity or cash discounts
the same shall not be considered.
(iv) Only Sales Tax (VAT/CST) and surcharge if applicable will be paid over net
rate.
(v) The rates must be written both in words and figures in financial bid, in case of
discrepancy between the prices quoted in words and in figures, lower of the two
shall be considered. There should not be errors and/or overwriting. Corrections if
any should be made clearly and signed by the tenderer with date. Element of the
Madhya Pradesh Sales Tax (VAT) or Central Sales Tax should be mentioned
separately.
(vi) The tenderer should clearly state regarding charges for installation of the
equipments if any, in the commercial bid excluding service tax etc. . Service tax if
applicable will be paid extra.
(vii) The tenderer should clearly state regarding charges for Comprehensive
Annual Maintenance Contract(AMC) of the entire CCTV Surveillance System in
the commercial bid excluding service tax etc.. Service tax if applicable will be paid
extra.
26. EMD amount Rs. 50,000/- of the the successful tenderer will be converted as part
of performance guarantee after supply, installation & commissioning of CCTV
Surveillance system, so as to ensure proper maintenance and satisfactory working
of the items. The successful tenderer may choose to adjust EMD as part of
performance guarantee otherwise after submission the required performance bank
guarantee the EMD amount will be refunded back to the tenderer. No interest shall
be paid on the EMD/Performance Guarantee.
27. PERFORMANCE BANK GUARANTY:
The performance bank guarantee for the entire CCTV Surveillance System will be
10% of the total approved cost of the equipments excluding installation and
commissioning charges & taxes. After the successful supply, installation and
commissioning of the CCTV surveillance system the successful tenderer should
submit a performance bank guarantee issued by a nationalized scheduled bank
valid for 13 months for the percentage amount as mentioned above in favour of the
Registrar, Jiwaji University, Gwalior,. The payment of the successful tenderer
should be released only after submission of the required performance bank
guarantee.
28. TERMS OF PAYMENT:
Condition of advance payment will not be accepted in any case. The payment will be
made by Registrar JIwaji University, Gwalior, only after satisfactory supply,
installation & commissioning of CCTV Surveillance System and submission of the
following documents:
a) Two copies of the Supplier's invoice showing Order No. Goods description,
quantity, unit price, total amount, Serial Nos. of the systems etc.
b) Delivery note signed by consignee or acknowledgement of receipt of goods from
the consignee.
c) submission of the performance bank guarantee as mentioned in tender document.
d) Insurance Certificate. Signature of tenderer with Seal
16
e) Manufacturer's/Supplier's Warranty certificate;
f) Delivery of Software Licenses (Media and Paper Licenses)
g) Inspection report of university authority; and the Supplier's factory inspection
report;
29. WARRANTY:
Warranty for the entire CCTV surveillance System shall be for a period of 12
months from the date of installation, commissioning and shall include free
maintenance service, free provision of spare parts, kits, as and when necessary.
This condition shall also apply towards the system software delivery by successful
tenderer along with the system.
30. INSURANCE:
The vendor will undertake adequate insurance cover for the equipment and other
accessories during the period of transit and installation and up to acceptance. The
insurance shall be for an amount equal to 110% of CIF value of goods delivered at
the University covering all risks (fire, burglary, SRCC, Natural calamities such as
earthquake, flood, etc) for a period of 2 months from the date of delivery covering
the transit period.
31. MAINTENANCE SERVICE:
(i) The vendor will provide to the University 12 (Twelve) months free maintenance
service from the date of installation & commissioning of CCTV surveillance
system and such service include repair and replacement of all kits or parts and
spares as and when required. After the completion of warranty period it is
compulsory for the successful tenderer to furnish three year Comprehensive
annual rate contract with the university on the approved rates.
(ii) The tenderer shall provide required support services by way of actual
maintenance by their engineers and/or arrange for supply of kits or parts and spare
on terms to be mutually agreed upon.
BASIC REQUIREMENTS: 1. 24 x 7 service on site support
2. Any technical call should be attend within 2 -3 hrs.
3. Immediate availability of spares at local office
4. Down time should not be more than 24 hrs.
5. In case of any major damage and defect in any equipment, a standby same
equipment should be immediately provided by the tenderer for regular &
continuous functioning of system.
32. In case of any delay in maintenance & service the Registrar, Jiwaji University,
Gwalior may impose a penalty of suitable amount which may be deducted from
the performance bank Guarantee. Decision of the Registrar, Jiwaji University,
Gwalior in this matter will be final and binding to the tenderer.
33. The cost of three Year Comprehensive Annual Maintenance Contract quoted by
the tenderer and approved by the university shall be paid in advance in equal
yearly installments within 30 days of receipt of claim submitted by tenderer at the
start of each year, after completion of warrantee/maintenance obligation of the
previous year.
Signature of tenderer with Seal
17
34. The successful tenderer should submit a Bank Guarantee for AMC @10% of the
cost of equipments of CCTV surveillance system at least 15 days before the expiry
of performance bank guarantee. The AMC Bank Guarantee should be valid for the
period of 3 Year from the date of completion of the warranty period with 3 months
grace period
35. The Bank Guarantee submitted towards performance guarantee taken during
warranty period will be released only after submission of the bank guarantee for
AMC as mentioned in clause No. 34. Non‐submission of AMC Bank Guarantee at
least 15 days before the expiry of Performance Bank Guarantee will be sufficient
reason for invoking the performance guarantee. No separate AMC Agreement
needs to be executed. However, all the systems shall be properly maintained
irrespective of Non‐claiming/Non‐renewal of AMC by the Tendere in time.
36. The work should commence within 15 days from the date of issue of university
work order.
37. Completion time for supply, installation and commissioning of CCTV
Surveillance System shall be 60 days from the date of work Order.
38. The work orders will be placed to the approved tender through registered post only
and the date of registration at the post office will be treated as the date of order for
calculating the period of execution. The approved tenderer will execute the order
within specified time.
39. The successful Tenderer should take insurance coverage to cover the following:
(a) Workman compensation.
(b) Third party liability.
(c) All risk insurance policy.
40. Important Clause: It will be the sole responsibility of the successful tenderer to
design, supply all the material required for successful completion of the work,
erect them as per our requirement and commissioning the same. The entire system
shall be tested and the same will be taken over by the Jiwaji University, Gwalior.
41. Rate finalized under this tender process will be applicable for a period of one year
from the date of the first work order.
42. Remittance charges on payment made to the firm will be borne by the firm.
43. The requirement shown in the Tender Document is tentative and may vary as per
actual requirement at the time of placing the order.
44. The quantity of equipments indicated in the tender is mere estimates and is
intended to give an idea to the prospective tenderers to enable them to decide
whether they will undertake to supply & install the equipments to this University
on most competitive rates. The figures indicated in the tender do not constitute any
commitment on the part of the university to purchase equipments in the quantity
shown therein. It is further made clear that the University does not bind itself to
purchase all quantity mentioned in the tender and no objection against the quantity
of the indent of equipments being more or less than the approximate quantity will
be entertained and shall not be acceptable as a ground for non supply on the
quantity indented.
Signature of tenderer with Seal
18
45. If there is any DGS&D rate contract or MPLUN rate contract, the same should be
quoted enclosing the copy of rate contract, which will get preference.
46. The tenderer should avoid the use of vague terms such as „extra as applicable‟
otherwise such tenders will be rejected.
47. If any dates of receipt/opening of tender happen to be declared as holiday, the
schedule will be shifted to the next working day automatically.
48. Earnest money shall be forfeited in case the selected firm does not supply the
items within specified time as mentioned in the supply order by the Registrar,
Jiwaji University, Gwalior.
49. The Tenderer may be disqualified, banned or suspended from the work allotted if:-
A. The firm is suspected to be doubtful loyalty to state.
B. The state bureau of investigation moral turpitude in relation to business
dealings, which if established would result in business dealing with it
banned.
C. Registrar, Jiwaji University, Gwalior is prima-facie of the view that the firm
is guilty of an offence involving moral turpitude in relation to business
dealings, which if established would result in business dealing with it
banned.
50. If the successful tenderer requests for an extension of time for supply and
installation of all or any item due to account of occurrence of any circumstances
beyond control of human being than he shall apply in writing to the Registrar
Jiwaji University, Gwalior for the same immediately on occurrence of the
circumstances. Decision of the Vice Chancellor, Jiwaji University will be final and
binding to the tenderer in this regard.
51. If the tenderer is unable to complete the supply, installation & commissioning of
CCTV Surveillance System within the specified or extended period, the Registrar
shall be entitled to purchase all the items or any part thereof from the second
lowest bidder or elsewhere without notice to the tenderer on his (i.e., Tenderers)
account and risk. The tenderer shall be liable to pay any loss or damage which the
registrar Jiwaji University may sustain by reasons of such failure on the part of the
tenderer.
52. The supply order shall generally be awarded to the lowest tenderer as per the Bid
Evaluation Criteria. However the Registrar Jiwaji University Gwalior does not
bind itself to accept the lowest or any other offer and reserves the right to accept or
reject any or all the offers either in full or in part without assigning any reason.
The Registrar Jiwaji University, Gwalior also reserves the right to reject any bid
which in his opinion is violating any of the conditions without any liability to any
loss whatsoever it may cause to the tenderer in the process.
53. Tax deducted at source (TDS) will be deducted by the Registrar Jiwaji University
from the bills as per rules enforce from time to time. The firm will have to bear all
applicable taxes and duties enforced by the Central / State Government / Local
Bodies from time to time.
54. All the items supplied by the tenderer should be strictly in accordance with the
specifications laid down in the tender document.
Signature of tenderer with Seal
19
55. The tenderer shall be responsible for the proper packing and delivery of the
material to the University. In the event of any loss, damage, or breakage or
shortage, the tenderer shall make good the loss and shortage found at the checking
of the materials by the University. No extra cost on such account shall be
admissible.
56. The prices charged for the items supplied by successful Tenderer shall in no event
exceed the lowest price at which the successful Tenderer sells the same items to
any other persons during the period of supply to the university. If any time, during
the period of supply, the tenderer reduces the sales price chargeable for any item,
he shall forth will notify such reduction to the Registrar, Jiwaji University,
Gwalior and the price same payable for the items supplied after the date of coming
into force of such reduction or sale shall stand corresponding reduced.
57. Extra stipulation or any other conditions contrary to the above Tender Conditions
are not acceptable and may render the tender liable to rejection.
58. In the event of any dispute, The Vice Chancellor Jiwaji University, shall be the
sole Arbitrator and his decision shall be final and binding on both the parties. .
59. After submission of tender no tenderer shall contact Jiwaji University on any
matter relating to bid. Any effort on part of a tenderer to influence the Competent
Authority in the decision making of bid evaluation or bid comparison may result in
rejection of the tenderer‟s bid.
60. Legal proceeding if any arising out of the Tender shall have to be lodged in courts
situated in Gwalior City only.
61. It is expected and assumed that all the documents, certificates, declarations made
are true and correct on the basis of which technical evaluation will be made. If the
information submitted by the tenderer is not correct and subsequently has come to
the knowledge of Jiwaji University, then the order of supply for the items may be
liable for cancellation at the discretion of jiwaji University and EMD/Performance
Guarantee will be forfeited.
62. The Registrar, Jiwaji University, Gwalior can relax the terms and conditions in the
exigency of the department work.
Registrar
Jiwaji University, Gwalior
I/We have read the above terms and conditions and I/We agree to abide by the
same.
Signature of Tenderer with Seal
20
JIWAJI UNIVERSITY, GWALIOR
TECHNICAL BID FOR CCTV SURVEILLANCE SYSTEM
(To be submitted in Envelope No. -02)
(Please write all entries in Capital letters and enclose relevant documents as required)
1- Name Of The Tenderer Firm :…………………………………………… ……..
2- Address Of The Firm : ……………………………………………………………..
………….....................................................................................................................................
………….......................................................Telephone No………...........................................
3- Name Of The Proprietor Of The Firm :………………………………………
4- Telephone Number 1- Office :………………2- Residence :………………
Mobile :………………………Fax :……………………...
5- E-Mail Id Of The Firm : ……………………………………………………………….
6- Full Address of the Service Center :……………………………………………………
Situated at Gwalior City. ………………………………Telephone No. ………………
7- Details Of The EMD Amount : Rs………………. D.D. No………….............
Dated……………....... Name and address of the Bank : .………………………………
8- Details Of The Cost Of Form Purchased :
(A) If Purchased From The University : Amount Rs…………………………..
(Please enclose photocopy of the receipt) -Receipt No……………... Dated…………….
(B) If Downloaded From The University Website
Rs………………………. D.D. No…………............. Dated…………….......
Name and address of the Bank : ……………………………………………
Signature of Tenderer with Seal
1
21
9- PAN No. issued by Income Tax Department :
(Please enclose photocopy)
10- VAT/TIN/CST Registration No. :
issued by commercial Tax department:
(Please enclose photo copy)
11- Service Tax Registration No. :
issued by Central Excise & Custom department :
(Please enclose photo copy)
12- Whether Registration No./Certificate Issued Under :Yes/No
M.P. shops and Establishment Act/Company Act or other
applicable Act is enclosed.
13- Whether copy of Audited Balance Sheet of the firm along :Yes/No
with Audit Report for the last three financial
years 2012-13, 2013-14 and 2014-15 is enclosed.
14- Whether Copy of Income Tax Return of the firm for the :Yes/No
last three assessment years 2012-13,2013-14 and 2014-15 is enclosed.
15- Whether Copy of Authorized Dealership Certificate :Yes/No.
issued by the manufacturer for the equipments
is enclosed .
16- Whether copy of broachers or relevant documents :Yes/No
for the equipments is enclosed.
17- Whether Acceptance of terms & conditions is enclosed :Yes/No
(Please sign each page of terms & conditions as
token of acceptance)
18- Whether Agreed for three year Comprehensive Annual Maintenance :Yes/No
Contract (AMC) as mentioned in tender document.
19- Whether CCTV Manufacturer’s plant ISO Certificate is enclosed.:Yes/No
20- Whether copy of work order along with installation
report to prove the experience as mentioned in the tender document :Yes/No
is enclosed.
21- Whether Copy of Compliance Sheet is enclosed :Yes/No
(Please sign each page of Compliance Sheet)
Signature of Tenderer with Seal
22
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-1
SPECIFICATIONS
Compliance
Remark
Yes No
Wireless high speed dome PTZ Outdoor Camera
36x Optical Zoom/3.4-122 mm,
600 TVL resolution,
Effective pixels : PAL: 720X576, 720X288, D1, 4CIF,
2CIF, CIF, QCIF,
PAN Range: 360 endless rotation,
Panning Tilt:180 continuously,
PAN Speed : 0.30/s
-4000/s
(proportional zoom ratio),
Tilt range : 00~
900 (auto flip),
Tilt speed : 0.50~
1500 /S ( Proportional Zoom Ratio ),
Built in IR-LED distance is over 120 m,
Electronic speed : N:1/4s to 1/10,000s & P: 1/3s to
1/10,000s,
IR LED service life>30,000 Hrs, Built fan & Heater
(Temperature Auto Control), Waterproof design,
Network function FTP/PPPOE/ DHCP/ DDNS/
NTP/UPnPetcnetwork Protocol,
Day/Night cut (ICR),
Auto iris, Auto Focus, AWB,BLC,
TSV 3,000V lightning protection & Voltage Transient
protections, IP 66 certified, High die-cast aluminum
asing, Number of preset 255, Multiple Protocols,
Support power –Off memory, 1/30 FPS self
adjustment,
4 group of pattern tours,
Pelco_P, Pelco_D compatible,
Min. illumination : 0.7 Lux (color), 0.01 Lux (B/W), 0
Lux (IR On), AGC : Auto/Manual (On/Off),
White Balance : Auto/ATW/ Indore/Outdoor/Manual
Signature of Tenderer with Seal
23
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-2
SPECIFICATIONS Compliance
Remark
Yes No
Wireless Fixed Camera (IP) for static Day/Night
Vision
Color 1/3” Prograssive Scan CCD,
700 TVL Resolution Camera,
Low illumination, ATR, OSD,DNR. 2.8 mm-10mm
Lens, D1 Resolution, 1/30 FPS Self adjustment
Minimum Illumination: CDS OFF 0.1 LUX
Synchronization: Internal
S/N Ratio: More than 50dB
Video Output: CVBS: 1.0Vp-p 75OHM
White Balance: ATW/AWB/FIXED/MANUAL
Electronic Shutter Speed: PAL=Auto/Manual
(1/50sec~1/100000see
Privacy: ON/OFF(4 Programmable Zone)
Power Supply:DC12V
Power Consumption:CDS ON :350Ma Max
Lens; 2,8mm -10mm
Power Supply:DC 12V
Power Consumption:CDS ON:350mA Max
Lens: 2,8mm - 12mm
Wireless mega pixel fixed camera Day/Night Vision
1.3 mega pixel Resolution Camera,
Dual core 32 bit DSP, Imbedded RTOS design,
Dual stream,
720P+CIF, MPEG4,
Motion detection,
High Precise,
High reliability Standard 3.6 mm/6mm Lens,
CS fixed lens,
Support double colore filter,
IR Cut 7.30 pcs LED,
distance :30-50m
Signature of Tenderer with Seal
24
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-3
CAMERA SURVEILLANCE/MONITORING SOFTWARE:
SPECIFICATIONS
Compliance
Remark
Yes No
MINIMUM NUMBER OF
CAMERAS THAT COULD BE
CONFIGURED
100
STREAM SUPPORT Dual
NUMBER OF CAMERAS VIEWED
ON SINGLE SCREEN
36
PTZ SUPPORT On screen Zoom, Manual/auto Pan Tilt
GROUP SUPPORT Capable of group formation/support
SUPPORT RESOLUTION D1, CIF, 2CIF, 4CIF, QCIF.
FRAME RATE/BIT RATE/QUALITY Variable
MOTION DETECTION Selectable
USER MANAGEMENT Minimum 10 users
SNAPSHOT SUPPORT Capable of
taking/storing/printin
g snapshots in live
and recorded video
PLAYBACK SUPPORT Date and time search/intelligent search
Signature of tenderer with Seal
25
Cont……….
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-4 CAMERA SURVEILLANCE/MONITORING SOFTWARE SPECIFICATION Cont…
SURVEILLANCE SOFTWARE SPECIFICATIONS Compliance
Remark
Yes No
1 Software is complete scalable CCTV system, with advance motion detection, alerting, remote web interface
(a) Flexible, user friendly and easy to use. © PC based Digital Security & Surveillance
Systems utilizing the latest motion detection technology, providing the following advanced features:
(i) Simultaneous recording & playback (ii) Instant playback with instant time & date jump (iii) Different video source types
(iv) Web integration (v) Automatic archiving (vi) Motion map
2 Software has simultaneous record & playback, scheduled activity and flexible display options
3 Support for wide range of camera devices, including USB web cams, capture cards (for connection to conventional analogue) CCTV cameras), and the latest network/IP video servers and
cameras
4 Ability to display information on multiple monitors
5 Works with PTZ (Pan, Tilt & Zoom) cameras
6 Provides auto-tracking-the camera can move to follow movement through a monitored area
7 Software has a built-in loop play feature, to continuously loop the most recent activity
8 Software provides remote interface with a full live feed view, , control of PTZ cameras, multiple simultaneous feeds, and image quality settings to improve performance through bandwidth reduction
9 Software remote interface provide Playback with all the options of the local playback facility, and should have capability that most of Console's configuration can be
adjusted through remote administration
10 All of these remote interface features can be password protected at many levels to provide a powerful security system
12 Enhancement feature is also built in as standard within the software, that enhances images taken from
CCTV cameras in poor conditions (like fog, rain, or snow)
13 Recorded images affected by poor weather conditions are mathematically enhanced during playback
14 Upon image enhancement, Original image should remain unaltered for evidence integrity
15 Software also provide the following:
(a) Each camera setting can be adjusted individually according to client's requirement
(b) Schedule operation – All cameras can be fully scheduled individually
(c) View and record multiple cameras
(d) As many playback sessions as are required can be displayed at once
(e) Automatic control of supported PTZ cameras
(f) Alerting by audio alert, email (with images)
(g) Built around a modular system of components
(h) Because of its modular design, system not limited to one
type of device- can mix devices as required
(l) Software has built in feature to bring camera observation to mobile devices (require a software on a mobile device to view)
Signature of tenderer with Seal
26
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-5
TECHNICAL SPECIFI C ATION FOR WIREL E S S L I NK:
SPECIFICATIONS
Compliance
Remark
Yes No
MINIMUM NETWORK SPEED FOR EACH SQUARE (PUT THROUGH)
at least 2 mb for each camera upgradeable up to 20 mbps (full duplex)
ROUTERS AND NETWORK SWITCHES
D-Link/Cisco/3com OR reputed make
Data Rates: 54 Mbps
Stand a rds: IEEE 802.1 1b/ g ,
Comp ati b il ity: IEEE 802.11g/ IE EE 802.1 1b
Pow e r Requirements: Act i ve Ethernet (Pow er over Ethe rnet) –48 VDC/0.375A
External Unit: Auto sensing 10 0/240 VAC;
50 /60 Hz
Regulation Cert if icat ions : F C C Pa r t 1 5 B & C,
C E : EN 30032 8, EN 3014 89 EN 60950
RF Info rmat ion Freq uen c y B and:
80 2.11b /g 2 . 4 to 2 . 484 GHz , p rog rammab le f or cou ntr y re g u l a ti on s
Med i a Acces s Pr otoco l : Car r i er Sens e Mu lt ip le Acce ss w i th Co llis i on A voidance (C SMA / CA)
M odu lat i o n Tec hno lo gy: Ort hog ona l Fr eque nc y D i vi s i on Mu lt ip lex i n g (OFDM)
Receive S e nsi t ivity (Typ ical ):
80 2.11g: -90 dB m @ 6M bps , -74 dB m @ 54Mbp 80 2.11b: -9 5 d B m @ 2 M b p s -90 dB m @ 11 Mbps
Avail a bl e tra n smit p o w er : (Typical ) 2 . 4~2 . 46 2G( I EEE802 .11g) 22 dBm@5 4M bps · 2 . 4~2 . 46 2G( I EEE802 .11b)
RF Connector: SMA (Fe male Re ve rse) T yp e
Netw orking T opo lo g y: Ad-Hoc, Infrastructure
Signature of tenderer with Seal
27
Cont……….
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-6
TECHNICAL SPECIFI C ATION FOR WIREL E S S L I NK:
Cont…
Signature of tenderer with Seal
SPECIFICATIONS
Compliance
Remark
Yes No
Op erat io n M ode: Point-to- P oint / Point-to- M u lt i p o i nt Br id ge / A P/ C l ie nt Br id ge / WDS
W i re les s IEEE80 2.11b /g
Inte rface: On e 10 /100 RJ-45 p o rt
On e cons ole RS-2 32 p o rt
Secu rit y: l WP A/WP A2 Suppli cant su ppo rt in C lient Br idge M ode l WP A / W P A 2/ Pre Share KEY ( PSK) w i th TK I P/A E S l MAC a ddr ess f ilt er in g (A P on ly) l Hi de SS I D in beacons l VLAN Pass-t h ro ugh l L2 Iso l ation(A P mode)
IP Aut o -conf ig urat io n: DHCP client /serve r
M anage ment Co nfigur ation: Web- based co nfigur ation (HTTP) Te lnet Conf igu rat ion SNMP V 1 , V2c, MI BI &II
En vi r o n ment T e mperatu r e Range:
Op erat in g: -0°C to 60° Stor age: -20°Cto 8 0°
Hu mid i t y ( n on-co ndens ing): 5%~9 5% T yp i c a l
PROTOCOL TCP/IP
MINIMUM UPTIME 99.9%
NETWORK SECURITY Software & Hardware Based.
MAXIMUM DISTANCE Need Based
28
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-7
NETWORK SPECIFICATIONS (FOR MAIN CONTROL ROOM):
SPECIFICATIONS Compliance
Remark
Yes No
POWER SUPPLY FOR CONTROL ROOM
220 VAC
OPERATING TEMPERATURE AT CONTROL ROOM
0 to 55 Degree
HUMIDITY AT CONTROL ROOM
10% to 90%, non-condensing
STORAGE & MONITORING SERVER (QTY 1)
Intel Original 61WW Extreme Mother Board with Intel i7 Processor, 16 GB DDR3 RAM, 2 TB x 4 SCSI Hard Drives, Multimedia USB Keyboard & Optical Mouse, DVD Writer, Nvidia GeForce PCI Express Graphic Card with 1 GB Video RAM, Color Master ATX Cabinet with SMP
DATA STORAGE
Minimum 15 Days
ARCHIVED DATA ACCESSIBILITY
Software based
NETWORK SWITCH
10/100/1000 Mbps Managed Switch
OPERATING SYSTEM COMPABILITY
WINDOWS or LINUX
Signature of tenderer with Seal
29
(To be submitted in Envelope No. -02)
COMPLIANCE SHEET-8
NETWORK SPECIFICATIONS (FOR CLIENT SERVER):
SPECIFICATIONS
Compliance
Remark
Yes No
POWER SUPPLY FOR CONTROL ROOM
220 VAC
OPERATING TEMPERATURE AT CONTROL ROOM
0 to 55 Degree
HUMIDITY AT CONTROL ROOM
10% to 90%, non-condensing
STORAGE & MONITORING SERVER (QTY 1)
Intel Core i5-2500 2nd
Processor, Intel original 61ww motherboard 4 GB DDR3 RAM, 2tb x 2 HDD, Multimedia USB Keyboard & Optical Mouse, DVD Writer, Nvidia GeForce PCI Express Graphic Card with 1 GB Video RAM, Color Master ATX Cabinet with SMPS
ARCHIVED DATA ACCESSIBILITY
Software based
NETWORK SWITCH
10/100/1000 Mbps Managed Switch
OPERATING SYSTEM COMPABILITY
WINDOWS or LINUX
Signature of tenderer with Seal
30
JIWAJI UNIVERSITY, GWALIOR FINANCIAL BID FOR
CCTV SURVEILLANCE SYSTEM (To be submitted in Envelope No.-03)
1. Name of the Firm ....................................................................................
2. Address of the firm ..................................................................................
3. Contact No. ........................................................................................
(i) Please read general terms & conditions carefully before filling the financial bid.
(ii) Quoted net rates for the items must be inclusive of all charges by way of packing,
forwarding incidental of transit charge including transit insurance, octroi and any
other levies or duties, lift, labour charges etc. and transportation of material up to
University office/store excluding Sales Tax (MPST/CST/VAT).
(iii) Please quote net rates for installation of the equipments and Annual Maintenance
Contract for the entire CCTV Surveillance System excluding service tax. Service tax
If any, will be paid extra.
Note :-
1. No separate free goods or cash discounts should be offered.
2. Rates should be written both in words and figures.
PART A.
S.No
.
Description of Item with
specifications as mentioned in the
Tender Document
Unit Price Rs. MPST/CST/VAT
(as applicable)
Please Mention
in % In Fig. In Word
1 Wireless high speed dome PTZ
Outdoor Camera
2 Wireless Fixed Camera (IP) for
static Day/Night Vision
3 Wireless mega pixel fixed camera
Day/Night Vision
4 Dome Camera: AHD 800
TVL,36IR,4/6 MM Lens for
day and vision
31
5 Outr Door Camera: AHD 800
TVL, 36 IR 4/6 MM Lens for
day and night vision
6 DVR 16x2 CHANNEL
4 Camera Surveillance
/Monitoring Software
5 Wireless connectivity equipment
Signature of tenderer with Seal
Cont……….
32
FINANCIAL BID FOR
CCTV SURVEILLANCE SYSTEM
S.No
.
Description of Item with
specifications as mentioned in the
Tender Document
Unit Price Rs. MPST/CST/VAT
(as applicable)
Please Mention
in %
In Fig. In Word
6 Storage Server
7 Monitoring Server
8 42" Full HD LED/LCD Monitor
for 24x7 operation
9 Joy-Stick
10 16-Port Switch (D-Link, Cisco or
equivalent
11 4” Dia , 5metre high GI Poles for
mounting cameras And antenna
12 Installation/Civil work of one
pole
13 Network Rack for all
equipments at main control
Room
14 CAT 6 Cable for internal wiring
PART B. S.No. Description of Work Price Rs. Service Tax
% In Fig. In words 1 Installation & Commissioning
Charges for the Entire CCTV
Surveillance System
2 Comprehensive Annual
Maintenance Contract (AMC)
Charges for One Year
Signature of Tenderer with Seal
********************END OF THE TENDER **********************
top related